Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1996 PSA#1578

HQ Space and Missile Systems Center (AFMC) SMC/CZK, 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500

A -- GPS SYSTEM LEVEL ARCHITECTURE SOL PRDA 96-34 DUE 060696 POC Technical Contact Point: Major Norah Hill, (310)363-5671; Contracting Officer: Ms. C. C. Coleman, (310)363-6360. 17. A-INTRODUCTION: HQ Space and Missile Systems Center (SMC) is interested in receiving proposals (technical/management and cost) on the research effort described below for the Navigation Warfare Program (NAVWAR). Due to FAR character restrictions, this solicitation is separated into two (2) parts, with this being Part 1 of 2 (see Part 2 for Sections D, E, and F of this solicitation). Proposals in response to this PRDA shall be submitted by 6 Jun 96, 1500 hours Pacific Daylight Time (PDT), addressed to HQ SMC/CZK, 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500, Attn: Capt Julie Wittkoff. The Government reserves the right to amend this PRDA to allow for subsequent proposal submission dates. Proposals submitted shall be in accordance with this announcement. Proposals submitted after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10, Late Submissions, Modifications, and Withdrawals of Proposals (a copy may be obtained from the contracting point of contact). This notice constitutes the actual solicitation for this requirement. A formal Request for Proposal (RFP) will not be issued. If Offerors are unfamiliar with the PRDA policy and procedures for the solicitation, receipt, evaluation, and selection for award(s) of proposals, a copy of the AFMC FAR Sup 5335.90 may be obtained from the contracting point of contact below. B- REQUIREMENTS: (1) Technical Description: The purpose of this Evaluation Study is to develop a systems-level solution that will protect the Department of Defense (DoD) and U.S. Allies operational use of GPS during times of conflict, while preventing use of GPS by adversaries with minimal impact on civil use outside of the area of conflict. The objectives of the program will be met when (A) the contractor conducts trade studies and analyses to support the government requirements generation process, (B) the government is provided sufficient insight into various technology trade-offs and architecture implications necessary to allow the government to determine realistic requirements and ensure a successful strategy for NAVWAR development and fielding within cost and schedule constraints and, (C) the contractor recommends an architecture which best meets their understanding of the government's requirements and documents a detailed rationale for that recommendation. The minimum activities which the contractor must conduct include (a) Trade Studies and Analyses. Begin by analyzing the Government-furnished concept description and white paper (scope, constraints, considerations) to identify trades, alternatives, additional constraints and provide the results of the analysis and resulting trades at the first NAVWAR Evaluation Team (NET) and Technical Interchange Meeting (TIM). Additional trades/alternatives will be assigned as a result of government/contractor interaction. Each trade must consider life-cycle cost (LCC), schedule, risk, technical performance, supportability, testability, producibility, and any environmental issues, as a minimum. (b) Establish and maintain a Decision Database (reference: AFMCP 800-62). This database is a repository of technical information, decisions, and rationale that describe the current state of system development and its evolution. It should illustrate the architecture: intrasystem, intersystem, and item interfaces, include techniques and procedural data for the life-cycle concept of the system, provide data correlation and traceablility among requirements, designs, solutions, decisions and rationale, provide data for trade-offs and assessments of an items capability to satisfy objectives, capture and organize all inputs as well as current, interim and final outputs, document engineering decisions: procedures, methods, results, analyses, function as a reference and support tool for the system engineering effort, provide means for comprehensive change control. (c) Support NET meetings: One or two contractor representatives to attend bi- monthly (6) working sessions (for costing purposes, assume three sessions on the West coast and three sessions on the East coast) of the Government Requirements Panel to help ensure requirements documents are not overly restrictive, provide non-proprietary information regarding trade-offs, implications of various parameter levels, etc. In addition, contractor representatives shall review draft documents prior to meetings and accomplish action items assigned as a result of the meetings. (d) Host quarterly (4) Program Management Reviews (PMRs). Provide progress, expenditures, changes in relation to the study plan and the SOW, provide Agenda and Minutes of each meeting. (e) Host quarterly TIMs in conjunction with PMRs until the Government Technical Performance Requirements Document (TPRD) development begins (estimated Feb 97), monthly thereafter (5), discuss details of trade studies and architecture concepts, provide Agenda and Minutes of each meeting. (f) Identify/Assess System Architecture Concepts: Identify architecture concepts which meet the Government Operational Requirements Document(s) (ORDs) (when available), provide LCC, schedule, performance, supportability, producibility, testability, integration and risk assessment of each concept. (g) Contractor representatives may be asked to interact with other NET panels/members and will be expected to respond to follow-up questions from government representatives during or after any NET meeting or TIM. (h) At the completion of the study, provide a recommended system architecture based upon the decision database and an approach to the architectures implementation within the existing architecture, constraints and infrastructure which demonstrates its feasibility and identifies the risks (as a minimum, address logistics (LCC, tech data, training), manufacturing (producibility, manufacturing technology and industrial base needs), schedule, performance, testability, and integration). (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Concept Description, (DI-MISC- 80508), (b) Cost/Funds Status Report (CFSR) (DI-MGMT-81468) and, (c) Decision Database Report (DI-MISC-80508). (3) Security Requirements: Work performed under this contract may be classified up to and including the SECRET level. Offerors must comply with Tempest requirements for handling classified information on computer systems. Offerors must also comply with security requirements in accordance with the AFSPC Space and Control Security Classification Guide, the JPO User Equipment Security Classification Guide, and the ASD NAVWAR Security Classification Guidance. These documents will be available in the Offerors Library. Offerors with other applicable security guidance are encouraged to submit proposal/data at higher security classifications with the concurrence of the agency sponsoring the classified information being submitted. Notice to Foreign-Owned Firms: Foreign contractors should be aware that the following restrictions apply which will preclude their participation in this acquisition: The prime contractor(s) shall be U.S. owned and controlled and on-shore. Off-shore subcontractors are authorized for non-restricted portions of the acquisition. C-ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 12 months. The Contractor shall also provide for an additional month for processing/completion of the Concept Description. (2) Expected Award Date: 1 August 1996. (3) Government Estimate: The government anticipates a range approximately between $1.75M and $3.75M per contract award. The funding profile will be 35 percent for the first three months, 25 percent for the next 3 months, 25 percent for the following 3 months, and 15 percent for the final four months. (4) Type of Contract: Cost-plus-fixed-fee (CPFF), completion-form, or Cost-Sharing (if proposed by an Offeror). (5) Government-Furnished Information (GFI): An Offerors library is available at Los Angeles AFB, El Segundo, Building 120 (in the basement), Room 0315. An index of what is available in the library and all unclassified information will also be on the World Wide Web. The POC for the library and the World Wide Web is Lt. Mike Morell (310) 363-2746. (6) Small Business Size Status: For the purpose of this acquisition, the size standard is 1,000 employees (SIC 8731). (0109)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960419\A-0002.SOL)


A - Research and Development Index Page